Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 1 of 15
Sealed bids for the services listed herein will be received in the GILLINGHAM CHARTER SCHOOL (GCS)
Administration Office, located at 915 HOWARD AVE., POTTSVILLE, SCHUYLKILL, PA 17901 - ATTN: MS.
ROSELLA D’URSO until 10:00 A.M., FEBRUARY 25TH, 2019. BIDDERS ARE RESPONSIBLE FOR
CHECKING THE WEBSITE WHERE THEY ACQUIRED THIS BID FOR ANY POTENTIAL ADDENDUMS
AND/OR CHANGE OF DATES (BID RESPONSE DEADLINES, CLARIFICATIONS AND/OR WALK-
THROUGH NOTIFICATIONS IF ANY ARE SCHEDULED).
1. Two (2) hard copies (signed with original signatures where noted) and Two (2) USB thumb/flash drives containing electronic
copies of the signed submitted proposal (in Word or .pdf format) and the corresponding Respondent-populated Excel file (as
defined in this document) for this bid inquiry are to be returned to GCS as instructed below. Additional vendor documentation
can/should be included if is part of your response package.
2. All bid responses shall be returned in sealed envelopes and addressed to GCS at the address stated above. Please show the bid
number (BID#: YR220005) on the outside of the envelope.
3. In addition to the response instructions outlined above the vendor must also respond by e-mail to e-
[email protected] with attachments matching the hardcopies and USB documents mailed to
the school. Said e-mail must be received by the deadline identified above and must be titled “GCS E-RATE BID RESPONSE
– YR220005” in the e-mail subject line area. Non-conforming to this mandate may disqualify your bid response as it is
integral in the response scoring process. 4. The Bidder is responsible for ensuring that the Bid response, inside a sealed envelope, is received via registered mail or carrier
service prior to 10:00 A.M. on the date stated above. Delivering that Bid document to a GCS employee, even if a signature is
obtained, is not sufficient to meet the requirements of this Bid Condition. GCS is not responsible for the failure of any of its
employees or any mail delivery service to receive this bid document prior to the time and date for the public opening of this Bid.
5. Responses shall be submitted on this Bid form and other required document which must be signed by a duly authorized agent or
officer of the Company making the bid. Absence of original signature of person duly authorized to sign for the Company submitting
this bid document will automatically leave this bid null and void.
6. Prices quoted must include all costs for delivery of requested services including any/all installation, support and engineering
charges. Opportunity exists to note any idiosyncrasies and/or clarifications.
7. Not more than one alternate service may be quoted on any single item of the bid. Description and pricing for any such
alternate/hybrid/migration solutions must be submitted with this document and be accompanied with a valid signature from the
submitting vendor.
8. The Technology Support Staff /Resources group shall have full power and authority to reject any and all bids furnished which in
their opinion, are not in strict compliance and conformity with the requirements of the specifications. The decision of said group
shall be final, conclusive, and without challenge.
9. GCS reserves the right to reject any or all bids, and to accept or reject any item or group of items and/or added or modified
statements by vendor(s) for bid responses submitted.
10. Upon identification of the lowest bid for identified services and installations (if warranted) the successful bidder will be notified. It
should be noted that awarding of this bid will commit the respondent to their quoted pricing for the entire period of time required for
the SLD to notify GCS of e-rate funding. Once notified of funding GCS will/may commence with deploying said services. GCS
may also elect to initiate services before funding notification and if doing so, will coordinate with the successful Respondent
accordingly.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 2 of 15
11. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the plant and facilities affected by the
delivery of services, materials and equipment as required by the Bid conditions. No plea of ignorance by the Bidder of conditions
that exist or that may hereafter exist as a result of failure to fulfill the requirements of the contract documents will be accepted as the
basis for varying the requirements of the School or the compensation to the Bidder. 12. Bid Proposals received after the date and time set for the Bid opening shall be considered non-responsive and disqualified
accordingly. Bid Proposals submitted via facsimile which are transmitted after the date and time set for the Bid opening shall
be considered nonresponsive and also disqualified accordingly.
13. Bid Proposals received adhering to any of the following items will be subject to Disqualification:
- Service Provider Identification Number (SPIN) not provided
- Service provider must have and provide an FCC Registration Number if requested
- Service provider must provide copy of insurance certificate - Service provider must participate in the E-Rate Program and offer direct Program billing for funding
- Bid not timely received, incomplete and/or modified as to change/eliminate original content/intent
- Bid response contains unacceptable limitations/restriction of services/responsibilities
- Bid contains additional stipulations deemed as unacceptable to School
14. Local, State and Federal Compliance Requirements:
Successful Bidders shall be familiar and comply with all local, state, and federal directives, ordinances, rules, orders, and laws
as applicable to, and affected by, this contract including but not limited to Equal Employment Opportunity Commission
(EEOC), the Occupational Safety, Health Act (OSHA), and Title I and Title II of the Americans with Disabilities Act (ADA)
regulations. No Bidder shall be excluded from consideration for award in conjunction with this solicitation on the basis of race,
color, creed, national origination, handicap or sex or be subjected to discrimination under any contractual award administered
by the School. 15. Tax Exempt Status: GCS is exempt from Sales and Use Tax and enjoys other federal and state tax exemptions afforded to public
school entities and/or similar political subdivisions. Interstate telecommunications services are subject to assessment of the universal
service Contribution fee. This notice shall serve to satisfy any notification required by the provider as to these tax exemptions.
Providers must ensure that their cost proposals include all applicable taxes and surcharges from which the schools are not exempt. 16. Vendor, at all times during the term of the Agreement, shall obtain and maintain in force insurance coverage of the types and with
the limits as follows: A. Commercial General Liability Insurance: Vendor shall maintain occurrence based commercial general liability
insurance or equivalent form with a limit of not less than $1,000,000 for each occurrence and $2,000,000
aggregate.
17. Vendor will comply with all federal, state and local labor and general laws, regulations, ordinances, guidelines, permits and
requirements applicable to providing services pursuant to the Agreement, and will be solely responsible for obtaining current
information on such requirements. Vendor will comply with all relevant policies of the Board of School Directors.
18. Subcontractor Arrangements: If subcontractor arrangements may be necessary, Vendor is to include provisions in its subcontracts
requiring its subcontractors to comply with the applicable provisions of the Agreement, to indemnify GCS, and to provide
insurance coverage for the benefit of GCS in a manner consistent with the Agreement. GCS reserves the right to require
subcontractor(s) to furnish certificates of insurance. Vendor will cause its subcontractors, agents, and employees to comply, with
applicable federal, state and local laws, regulations, ordinances, guidelines, permits and requirements and will adopt such review
and inspection procedures as are necessary to assure such compliance. Vendor must identify all proposed subcontractors in its
Proposal. The Vendor and all subcontractors must be authorized to do business in Pennsylvania. 19. Awarded Bidder(s) shall comply with all contractual obligations contained within this Bid. With respect to these obligations, the
School will report any non-compliance issues to the successful Bidder for corrective action. Continued non-compliance by the
successful Bidder shall be the School's justification for placing the Bidder's contract on probation status or termination.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 3 of 15
BID SPECIFICATIONS
NETWORK CABLING SERVICES
GCS IS SEEKING A CONTRACT FOR INSTALLATION OF NETWORK CABLING AND
CORRESPONDING CABLING PLANT INFRASTRUCTURE/SERVICES SUCH AS BUT NOT LIMITED
TO PATCH PANELS, PATCH CABLES, CABLE TRAYS, CONDUIT, REQUIRED RACKS, RE-
ROUTING/RE-TERMINATION SERVICES, ETC. FOR THE GCS SITE(S). RESPONDENTS ARE
REQUIRED TO BE FAMILIAR WITH STATE AND/OR LOCAL LAWS OR REGULATIONS AND ARE
REQUIRED TO SUBMIT ALTERNATE PRICING ADHERING TO LOCAL PREVAILING WAGE
AND/OR OTHER LABOR REQUIREMENTS (UNION) WITHIN THIS BID CONTRACT. THESE
SERVICES ARE E-RATE ELIGIBLE AND THE SCHOOL WILL BE REQUESTING FUNDING
ACCORDINGLY. SERVICES WILL/MAY COMMENCE AFTER APRIL 1st, 2019 AND MAY EITHER
CORRESPOND WITH RECEIPT OF THE SLD FUNDING LETTER/S FOR THE SERVICES THAT WERE
REQUESTED OR BE ADDRESSED PROACTIVELY WHILE STILL AWAITING FUNDING
NOTIFICATION. THE SCHOOL WILL IDENTIFY THE PARTICULAR SCHEDULING NEEDS TO THE
RESPONDENT AT A LATER DATE FOR PLANNING/COORDINATION PURPOSES. ESTIMATED
NUMBERS OF DROPS PER LOCATION CAN BE FOUND WITHIN THIS DOCUMENT. PLEASE NOTE
THAT THESE ARE ONLY INITIAL PROJECTIONS AND ACTUAL FINAL SUBMITTED QUANTITIES
MAY INCREASE OR DECREASE BASED ON NEED AND/OR E-RATE SITE-BASED FUNDING
ALLOCATION. GCS IMPLIES NO GUARANTEES OF FINAL QUANTITIES, SCHEDULES AND/OR
TIMELINES.
QUESTIONS PERTAINING TO THIS BID PROCESS AND/OR ANY TECHNICAL
QUESTIONS SHOULD BE DIRECTED TO:
*NOTE: INCLUDE “GCS CABLING BID YR220005” IN THE SUBJECT LINE OF ANY E-MAIL
CORRESPONDENCES.
IT SHOULD BE NOTED THAT ORIGINAL SIGNATURES ARE REQUIRED AT THE BOTTOM OF EACH
PAGE IN THIS BID WHEN THE APPROPRIATE SIGNATURE LINES ARE PROVIDED. FAILURE TO
PROVIDE THESE SIGNATURES AS INSTRUCTED WILL VOID THE ENTIRE BID RESPONSE FOR THAT
PARTICULAR RESPONDENT. ADDITIONALLY, THE CORRESPONDING EXCEL SPREADSHEET MUST
ALSO BE COMPLETED AND INCLUDED IN THE BID RESPONSE PACKAGE AND REQUIRED E-MAIL
RESPONSE IN EXCEL FORMAT. IT IS NOT THE SCHOOL’S/CONSULTANT’S RESPONSIBILITY TO
ADDRESS INCOMPLETE VENDOR RESPONSE ISSUES AND/OR REQUIREMENTS.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 4 of 15
ITEM
NO. ITEM/SERVICE DESCRIPTION: SPECIFICATIONS/SCOPE
1. NETWORK CABLING SERVICES: THE REQUEST IS FOR A QUOTE FOR VARIOUS CABLING
SERVICES SCENARIOS FOR GCS. THE SCOPE OF WORK MAY/WILL INCLUDE THE QUANTITIES
OF NETWORK DROPS AS DEFINED WITHIN THIS DOCUMENT AND THE ATTACHMENTS
EMBEDDED AT THE END OF THIS BID DOCUMENT. FIBER BACKBONE RUNS WHEN NEED IS
CONFIRMED MUST BE INSTALLED BETWEEN THE NETWORK CLOSET(S) (INCLUDING ANY
CLOSETS NEEDED DUE TO IEEE CAT 6/CAT 6A CABLE LENGTH LIMITATIONS). IT IS THE
CONTRACTOR’S RESPONSIBILITY TO IDENTIFY AND CONFIRM LOCATIONS TO ADDRESS SUCH
NEEDS AND WORK WITH GCS AND ITS RESOURCES TO ASSURE FAVORABLE, STRATEGIC
LOCATIONS. LISTED BELOW ARE BULLETED SPECIFICATIONS FOR THE NETWORK(S), THE
COMPONENTS AND CORRESPONDING REQUIREMENTS FOR THE PROJECT(S). THIS LIST AND
THE ACCOMPANYING ATTACHMENTS ARE MEANT TO PROVIDE SIGNIFICANT INSIGHT TO ALL
REQUIRED DELIVERABLES. ADDITIONALLY, A SCHEDULED SITE REVIEW/WALK-THROUGH
WILL/MAY BE SCHEDULED TO PROVIDE INTERESTED RESPONDENTS THE OPPORTUNITY
TO VIEW THE SITE(S). RESPONDENTS ARE RESPONSIBLE FOR CHECKING THE WEBSITE
FROM WHERE THEY OBTAINED THIS BID FOR ANY WALK-THROUGH SCHEDULING
NOTIFICATIONS AND ANY POTENTIAL BID ADDENDUMS. PLEASE DO NOT INQUIRE ABOUT
WALK-THROUGHS…IF THERE IS ONE SCHEDULED IT WILL BE POSTED IN THE E-RATE
PROGRAM’S 470 UPDATE AND ON THE WEBPAGE WHERE THIS BID OPPORTUNITY IS
AVAILABLE (WWW.ADVANEDGESOLUTIONS.COM OR WWW.INTELAFUNDS.NET). THIS
PROPOSAL WILL LEVERAGE THE FEDERAL E-RATE PROGRAM. ALL DELIVERABLES AND
CORRESPONDING MATERIALS ARE E-RATE ELIGIBLE. ANY ADDITIONAL NON E-RATE
ELIGIBLE ITEMS THAT NEED ADDRESSED MUST BE ADDRESSED VIA A SEPARATE
CONTRACT/AGREEMENT AND SEPARATE INVOICING WHEN/IF THE NEED ARISES FOR NON-
ELIGIBLE SCOPE.
A.) SCOPE OF WORK INCLUDES THE RUNNING, TERMINATION, TESTING AND LABELING OF
ALL CAT 6, CAT 6A AND/OR 12 STRAND 50/62.5 MICRON FIBER NETWORK
REQUIREMENTS. ADDITIONAL SCOPE MAY INCLUDE RE-ROUTING/RE-TERMINATION OF
CABLES AND/OR SINGLE-MODE FIBER WHERE IDENTIFIED WITHIN.
B.) SCOPE OF WORK REQUIRES THAT THE CONTRACTOR PROVIDE ANY/ALL REQUIRED
PATCH PANELS, NETWORK RACKS (WALL-MOUNTED, FLOOR MOUNTED, AND/OR
ENCLOSED), BOOTED CAT 6/6A PATCH CABLES (AT PATCH PANEL END AND AT WALL
JACK LOCATIONS), FIBER TERMINATION LGU CABINETS, FIBER PATCH CABLES (TO BE
COORDINATED WITH EQUIPMENT CONTRACTOR), NETWORK WALL JACKS AND ANY
REQUIRED NETWORK CONDUIT/RACEWAY.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 5 of 15
C.) IT SHOULD BE NOTED THAT PAYMENT WILL ONLY BE COMPLETED ON ACCEPTABLE,
COMPLETE SERVICES WHEREAS WORKMANSHIP ADHERES TO REQUIREMENTS OUTLINED
AND CABLING IS MANAGED THROUGHOUT THE PROJECT(S) IN AN ACCEPTABLE MANNER
UTILIZING INDUSTRY STANDARD CONTAINMENT RINGS, BRACKETS, INTER-DUCT, ETC.
(NO WIRES OR ROPE, OR STRINGS). ALL HOLES MUST BE FILLED IN AND FINISHED,
CONDUITS MUST CONNECT DIRECTLY TO JUNCTION BOXES, AND CORNERS MUST BE
MITERED/TERMINATED TO JUNCTION BOXES. ALL CONDUIT AND JUNCTION BOXES MUST
BE SECURED DIRECTLY TO THE WALL VIA SCREWS WITH DRILLED WALL PLUGS AND
WASHERS…NOT RELYING ON ADHESIVE-BASED CONNECTION ONLY.
D.) INCLUDED AS PART OF THIS BID ARE NUMEROUS SUPPORTING ATTACHMENTS
(EMBEDDED AT END OF THIS DOCUMENT) AND AN EXCEL SPREADSHEET DOCUMENT TO
ASSIST IN EVALUATING THE PROJECT AND POSTING CORRESPONDING BID RESPONSES.
THESE ITEMS ARE AS FOLLOWS:
I. ATTACHMENT “ATTACHMENT A - FLR PLAN & RISER SAMPLE”: THIS EMBEDDED
ATTACHMENT CONTAINS A GENERIC NETWORK RISER DIAGRAM WHICH GIVES A SNAPSHOT
OF THE DESIRED NETWORK CLOSET LAYOUT SCHEME THAT THE CONTRACTOR MUST ABIDE
BY. DUE TO TIME CONSTRAINTS, POTENTIAL DYNAMICS AND/OR OTHER CHALLENGES A
FINAL RACK-BY-RACK DETAILED DIAGRAM DOCUMENT IS NOT AVAILABLE FOR THIS BID
PROCESS. THE RESPONDENT IS TO PROVIDE PRICING BASED ON A “PER DROP” AND “PER
RACK” MATRIX WHICH WILL BE LEVERAGED BY THE SCHOOL WITH ESTIMATED QUANTITIES
TO APPLY FOR E-RATE FUNDING ASSISTANCE.
II. ATTACHMENT “ATTACHMENT B - STD & SPECS”: THIS EMBEDDED ATTACHMENT CONTAINS
SPECIFICATIONS AND STANDARDS WHICH ARE A REQUIREMENT FOR THIS CABLING PROJECT.
ADDITIONALLY, THERE ARE LISTS OF POTENTIAL NETWORK COMPONENTS THAT MAY BE
NEEDED TO SUPPORT THE PROJECT AND SPECIFICS REGARDING LABELING, TESTING AND
DOCUMENTATION REQUIREMENTS. SIGNED COPY OF THIS DOCUMENT IS A REQUIREMENT
FOR COMPLETE BID RESPONSE FOR THIS RFP PROCESS.
III. “GCS YR220005 CABLING BID RESPONDENT SPREADSHEET”: THIS DOCUMENT CONTAINS
SPECIFIC AREAS FOR VENDOR ENTRY AND MUST BE COMPLETED AND SUBMITTED BACK TO
THE SCHOOL IN EXCEL FORMAT (ELECTRONICALLY ON THE THUMB/FLASH USB DRIVES AND
E-MAIL) ALONG WITH THIS FULLY SIGNED BID/CONTRACT DOCUMENT (INCLUDING
CONTRACT AGREEMENT LETTER AT END OF DOC). THE SPREADSHEET DOCUMENT CAN
BE FOUND AT THE SAME LOCATION WHERE YOU ACQUIRED THIS BID DOCUMENT.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 6 of 15
E.) SCOPE OF WORK FOR THIS/THESE BID PROJECT(S) INCLUDES THE INSTALLATION OF
NETWORK ELECTRONICS TO BE SUPPLIED BY GCS (SEE BULLET FOR DEFINITION OF
“INSTALLATION”).
F.) CONTRACTOR IS REQUIRED TO INCLUDE ALL PATCH CABLES (AT PATCH PANELS AND AT
EACH WALL JACK LOCATION) INCLUDING ALL EQUIPMENT AND NETWORK INTER-
CONNECTING CABLES (BOOTED CAT.6/6A AND FIBER). THE CABLING CONTRACTOR IS
RESPONSIBLE FOR COORDINATING THESE CABLING NEEDS WITH THE EQUIPMENT
VENDOR FOR A STREAMLINED, TIMELY COMPLETION OF THIS PROJECT.
G.) THE RESPONDENT MUST BE A CERTIFIED HUBBELL CONTACTOR (OR EQUIVALENT
PROGRAM) IN GOOD STANDING WITH THE PROGRAM. THE SELECTED RESPONDENT WILL
BE RESPONSIBLE FOR PROVIDING A FULL MANUFACTURER’S WARRANTY FOR THE
NEWLY INSTALLED SYSTEM AND IDENTIFY IN THE COMMENT AREA THE NAME, LENGTH
OF YEARS AND CERTIFICATION PROOF OF SAID WARRANTY PROGRAM.
ITEM
NO. ITEM/SERVICE DESCRIPTION: SUBMITTED PRICING
2. IDENTIFY COSTS FOR ITEMS BELOW BASED ON REQUIREMENTS AND CRITERIA IDENTIFIED
WITHIN THIS BID CONTRACT DOCUMENT AND CORRESPONDING SUPPORT DOCUMENTS
MENTIONED AND INCLUDED WITH THIS BID PACKAGE/POSTING. NOTE THAT THERE ARE AREAS
FOR VARIOUS PRICING SUBMITTALS…ONE FOR BASE INSTALLATION, ONE INCORPORATING
ANY UNION AND/OR OTHER LABOR CHARGES WHICH MAY BE REQUIRED AND A “PHASED”
INSTALLATION PRICING SECTION IF POTENTIALLY NEEDED. PLEASE PROVIDE SPECIFIC
PRICING AS REQUESTED FOR EACH UNIQUE SCENARIO:
A. COST PER SET OF TWO (2) CAT. 6/6A NETWORK DROPS:
(BASED ON FULL PROJECT ESTIMATED QUANTITIES AS GIVEN BELOW)
$__________PER “DROP” (2 CAT. 6 PORTS)
(“UNION”) $__________PER “DROP” (2 CAT. 6 PORTS)
$__________PER “DROP” (2 CAT. 6A PORTS)
(“UNION”) $__________PER “DROP” (2 CAT 6A PORTS)
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 7 of 15
B. COST PER NEW NETWORK RACK SCENARIO WITH OM3 12 STRAND FIBER BACKBONE
INCLUDING ALL IDF RACK COMPONENTS AND MATERIALS (RACK, PATCH PANELS, FIBER
TERMINATION BOXES & TERMINATIONS AT BOTH ENDS, PATCH CABLES, LABELING,
ETC.) AS DEFINED WITHIN THIS DOCUMENT AND/OR THE ATTACHMENT “ATTACHMENT
B - STD & SPECS” DOCUMENT:
$_________________PER RACK
(“UNION”) $__________PER RACK
RESPONDENT COMMENTS:
___________________________________________________________________________________________________
___________________________________________________________________________________________________
___________________________________________________________________________________________________
___________________________________________________________________________________________________
REMEMBER TO CONSIDER THE LABELING, TESTING, DOCUMENTATION AND INSTALLING OF EQUIPMENT
ALONG WITH CORRESPONDING PATCHING IN OF ALL DROPS AND UPLINKS WHEN CALCULATING YOUR
PER/DROP AND PER/RACK PRICING SUBMITTALS AS THESE COMPONENTS ARE MANDATORY DELIVERABLES
WITHIN THIS BID CONTRACT.
C.) IF THE SCHOOL DESIRES AN ENCLOSED, DEEPER RACK SOLUTION IN SOME AREAS
PLEASE PROVIDE A COST PER RACK UNIT (IF NEEDED):
1.) WALL-MOUNTED ENCLOSED/LOCKABLE EXTRA DEEP (22”+) WALL RACK WITH
VENTS/FAN ABLE TO ADDRESS MIGRATION OF EXISTING TERMINATED CABLES AND
NEW CABLES:
COST PER UNIT:________________________________________
2.) FLOOR-MOUNTED ENCLOSED/LOCKABLE EXTRA DEEP (22”+) RACK WITH VENTS/FAN
ABLE TO ADDRESS MIGRATION OF EXISTING TERMINATED CABLES AND NEW
CABLES:
COST PER UNIT:________________________________________
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 8 of 15
3.) PLEASE PROVIDE A FLAT-RATE SERVICE COST TO ADDRESS MIGRATION OF AN
EXISTING IDF/MDF RACK SCENARIO TO A NEW, DEEPER, ENCLOSED RACK SOLUTION
OR IDENTIFY A BLOCK OF HOURS PER SCENARIO:
COST PER RACK UPGRADE/MIGRATION:_____________
RESPONDENT COMMENTS:___________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
______________________________________________________________________________________________________
BID CONDITIONS:
1. CONTRACT ITEMS/CONDITIONS:
A. IF, FOR INTERNAL NEEDS, THE BID RESPONDENT WOULD REQUIRE ANY OTHER FORMAL
DOCUMENT(S) TO BE SIGNED AND EXECUTED BY GCS UPON AWARD OF THIS BID
CONTRACT THEN FOUR (4) COPIES OF SAID DOCUMENT(S), WITH ALL REQUIRED
RESPONDENT SIGNATURES INTACT, MUST BE SUBMITTED WITH THIS BID CONTRACT
DOCUMENT AND CORRESPONDING RESPONDENT PROPOSAL. THIS BID AND DUALLY
SIGNED CONTRACT AGREEEMENT LETTER CONSTITUTES THE CONTRACT OF
RECORD FOR THESE REQUESTED MATERIALS AND SERVICES.
B. NO CONTRACT LANGUAGE MAY BE INSERTED OR CONTAINED WITHIN ANY
ADDITIONAL FORMAL DOCUMENTS THAT REFERS TO ANY ISSUES, PROVISIONS OR
ADDITIONAL ITEMS NOT SPECIFICALLY DETAILED WITHIN THIS BID CONTRACT
DOCUMENT.
C. NO CONTRACT LANGUAGE MAY BE INSERTED INTO OR CONTAINED WITHIN ANY
ADDITIONAL FORMAL DOCUMENT(S) THAT WOULD CONFLICT WITH THE FEDERAL E-
RATE PROGRAM’S ELIGIBILITY REQUIREMENTS AND/OR GUIDELINES AS DEFINED BY
THE SCHOOLS AND LIBRARIES DIVISION (SLD).
D. NO CONTRACT LANGUAGE MAY BE INSERTED INTO OR CONTAINED WITHIN THE ANY
ADDITIONAL FORMAL DOCUMENT(S) THAT WOULD REPLACE OR MAKE INVALID ANY
STATEMENT OR CONDITION OUTLINED WITHIN THIS BID CONTRACT DOCUMENT.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 9 of 15
2. LIABILITY FOR TERMINATION OF SERVICES:
A. THERE SHALL BE NO LIABILITY LEVERAGED AGAINST GCS FOR TERMINATION OF
SERVICES TO ANY BUILDING/S THAT IS CLOSED OR IN SITUATIONS WHERE THE
BUILDING/S LEASE(S) BECOMES NULL OR VOIDED.
B. THERE WILL BE NO LIABILITY FOR TERMINATION OR REDUCTION OF SERVICE/S AT ANY
FACILITY FOR ANY REASON. GCS IS ONLY REQUIRED TO PROVIDE FORMAL WRITTEN
NOTIFICATION TO THE SERVICE PROVIDER/S FIVE (5) BUSINESS DAYS PRIOR TO ACTUAL
DESIRED TERMINATION OF SERVICES.
C. ANY RESPONDENT WISHING TO SUBMIT A PROPOSAL TO THIS BID DOCUMENT MUST BE
WILLING TO PARTICIPATE IN THE FEDERAL COMMUNICATIONS COMMISSION’S (FCC)
UNIVERSAL SERVICE ORDER AS DETAILED IN THE TELECOMMUNICATIONS ACT OF 1996.
GCS WILL BE SUBMITTING FUNDING REQUESTS FOR ALL ELIGIBLE SERVICES TO THE
SLD AND UPON VERIFICATION OF FUNDING WILL EXPECT THE AWARDED RESPONDENT
TO PARTICIPATE IN THE PROGRAM.
D. GCS WILL NOT BE HELD LIABLE FOR ANY UNPAID FEE(S) FOR ANY E-RATE ELIGIBLE
PROJECT WHEREAS THE SLD FUNDING COMMITMENT WAS ISSUED AND
CORRESPONDING SERVICES WERE LEVIED BUT IMPROPER PROCEDURES OR DELAYS
FROM THE AWARDED SERVICE VENDOR DELAYS OR NEGATES GCS E-RATE FUNDING
AND SUBSEQUENT PAYMENT TO THE AWARDED SERVICE VENDOR.
E. GCS AND/OR ITS RESOURCES (I.E.: E-RATE CONSULTANT) IS NOT RESPONSIBLE FOR
PROVIDING CONTRACTED RESPONDENT WITH RESEARCH, CLERICAL AND/OR E-RATE
PROGRAM VENDOR PROCESS ASSISTANCE.
3. THE LEVEL OF PARTICIPATION FROM THE RESPONDENT WILL INCLUDE THE FOLLOWING:
A. PROVIDE DISCOUNTED BILLING…WHEREAS GCS WILL BE INVOICED DIRECTLY FOR ITS
“FAIR-SHARE” PORTION OF ELIGIBLE SERVICES WHILE THE RESPONDENT DIRECTLY
INVOICES THE E-RATE PROGRAM FOR THE REMAINING PORTION.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 10 of 15
B. THE RESPONDENT MUST HAVE AN ACTIVE/VALID SPIN NUMBER AND PROVIDE it
BELOW. FAILURE TO PROVIDE THIS NUMBER WILL VOID THE RESPONDENT’S PROPOSAL.
SPIN #:____________________________________________________________
THE RESPONDENT MUST NOTE BELOW IF THEY ARE/WERE LISTED ON THE FCC “RED-
LIGHT” STATUS LIST, SELECTIVE REVIEW LIST AND/OR PART OF ANY OTHER SLD
INVESTIGATION(S). FAILURE TO ANSWER THE QUESTION BELOW WILL VOID THE RESPONDENT’S
PROPOSAL.
RESPONDENT ON SLD FCC “RED-LIGHT” STATUS:
YES or NO
(Please indicate either “YES” or “NO”)
RESPONDENT ON SELECTIVE REVIEW LIST:
YES or NO
(Please indicate either “YES” or “NO”)
RESPONDENT ON PART OF ANY OTHER SLD INVESTIGATION(S) LIST:
YES or NO
(Please indicate either “YES” or “NO”)
C. THE SUCCESSFUL VENDOR MUST IDENTIFY GCS IN WRITING, E-MAIL AND VIA VOICE
WHEN/IF THEY SHOULD HAPPEN TO BECOME ENGAGED IN ANY SLD INVESTIGATIONS
AND/OR AUDITS WHICH MAY RESULT IN EXTENDED DELAYS OF SERVICE FUNDING
AWARDS. ANY SUCH NOTIFICATION MUST BE MADE WITHIN 10 BUSINESS DAYS OF THE
VENDOR BEING NOTIFIED OF SAID INVESTIGATION(S)/AUDIT.
D. SHOULD THE SUCCESSFUL VENDOR BECOME RED-LIGHTED BY THE FCC OR BECOME
ENGAGED IN OTHER SLD INVESTIGATIONS RESULTING IN EXTENDED DELAYS OF
SERVICE FUNDING AWARDS GCS SHALL HAVE THE RIGHT TO TERMINATE THE
CONTRACT AND SELECT ANOTHER VENDOR WITHOUT PENALITY OR COSTS.
E. ALL INVOICING WILL MEET GCS’S STIPULATIONS AND BE DELIVERED IN A TIMELY
MANNER. INVOICING WILL BE ACCEPTABLE IN ELECTRONIC FORMAT.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 11 of 15
4. CONTRACT REDUCTION/MODIFICATION:
A. IF, DURING THE COURSE OF THE CONTRACT, CHANGES IN TECHNOLOGY, THE
ECONOMY, OR ANY OTHER CONTRIBUTING FACTOR PROVIDE THE
NEED FOR MORE COSTLY SERVICES THE SELECTED VENDOR CANNOT LEVY THESE COST
INCREASES UPON GCS.
5. UPON AWARD OF THIS CONTRACT TO THE SUCCESSFUL RESPONDENT IT WILL BE THE
RESPONDENT’S IMMEDIATE RESPONSIBILITY TO OBTAIN REQUIRED BACKGROUND CHECKS
(STATE/POLICE CRIMINAL RECORD CHECK AND CORRESPONDING STATE CHILD ABUSE
HISTORY CLEARANCE FOR ALL EMPLOYEES, CONTRACTORS AND SUB-CONTRACTOR
RESOURCES THAT WILL BE WORKING ONSITE WITHIN THE SCHOOL(S) OR HAVING ACCESS
AND/OR INTERACTION EITHER DIRECTLY OR REMOTELY, TO GCS STAFF, STUDENTS,
DATA/INFORMATION STORED ON AND COMPUTER AND/OR NETWORK EQUIPMENT. COPIES OF
ALL CLEARANCES AND A PHOTO STATIC COPY OF EACH OF THE RESPONDENT’S PROJECT
RESOURCES WILL BE DELIVERED GCS AT THE ADMINISTRATION BUILDING.
6. GCS WILL CONSIDER BIDS THAT LEVERAGE SUBCONTRACTORS AS LONG AS THE IDENTIFIED
SUBCONTRACTOR/S, THROUGH THE AWARDED VENDOR OF THIS BID CONTRACT, PROVIDES
THE ABOVE DESCRIBED CLEARANCES AND ABIDES BY THE SAME GUIDELINES OUTLINED IN
THIS BID. IT SHOULD BE NOTED THAT THE AWARDED VENDOR FOR THIS BID ACCEPTS ALL
RESPONSIBILITIES AND LIABILITIES FOR ANY SUBCONTRACTORS THEY CHOSE TO LEVERAGE
AND THEIR WORKMANSHIP RELATIVE TO THIS CONTACT’S REQUIREMENTS. ALL INVOICING
SHALL BE COMPLETED THROUGH THE AWARDED PRIMARY VENDOR.
7. CONTRACTOR SHALL MAINTAIN THROUGHOUT THE ENTIRE TERM OF THIS AGREEMENT,
ADEQUATE GENERAL LIABILITY INSURANCE AS DEFINED THUS PROVIDING COVERAGE
AGAINST LIABILITY FOR BODILY INJURY, DEATH, AND PROPERTY DAMAGE THAT MAY ARISE
OUT OF OR BE BASED UPON ANY ACT OR OMISSION OF CONSULTANTS OR ANY OF THEIR
EMPLOYEES, AGENTS OR SUBCONTRACTORS. PROOF OF SUCH COVERAGE MUST BE
SUBMITTED WITH RESPONDENT’S PROPOSAL. PROOF SHALL INCLUDE CERTIFICATES FROM
THEIR INSURERS INDICATING THE AMOUNT OF INSURANCE COVERAGE, THE NATURE OF SUCH
COVERAGE, AND THE EXPIRATION DATE OF EACH APPLICABLE POLICY.
8. IT IS THE RESPONDENT’S RESPONSIBILITY TO ENSURE ANY/ALL SUB-CONTRACTORS UTILIZED
BY THE RESPONDENT COMPLY WITH ALL STIPULATIONS WITHIN THIS BID CONTRACT.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 12 of 15
9. CONTRACTOR AGREES TO ADHERE TO ALL OF GCS POLICIES AND PROCEDURES CONCERNING
CODE AND CONDUCT WHILE ON GCS PREMISES AND IS DIRECTLY RESPONSIBLE FOR ANY
SUB-CONTRACTORS LEVERAGED BY THE PRINCIPAL CONTRACTOR REGARDING TO
CONDITIONS, MANDATES, POLICIES, PROCEDURES, CODE, CONDUCT AND OTHER
STIPULATIONS AS OUTLINE IN THIS BID CONTRACT DOCUMENT.
10. CONTRACTOR SHALL ONLY UTILIZE, AND IS REQUIRED FOR SERVICE/SUPPORT PURPOSES, TO
PROVIDE TECHNICIANS HOLDING CERTIFICATIONS FOR THE PROPER WORK BEING
PERFORMED WHILE ON GCS PREMISES.
11. DUE TO A REQUIREMENT LEVIED ON THE SCHOOL FOR THIS PROJECT PREVAILING WAGES
MUST BE LEVERAGED FOR ALL ITEMS WITHIN THIS BID, ADDITIONALLY, SECONDARY
PRICING IS REQUIRED TO ADDRESS POTENTIAL “UNION” REQUIREMENTS…PLEASE PROVIDE
PRICING FOR BOTH OPTIONS.
12. “INSTALLATION” FOR THE PURPOSE OF THIS BID CONTRACT IS DEFINED AS THE ACTIONS OF
PICKING UP EQUIPMENT (ALL E-RATE ELIGIBLE) FROM GCS AND DELIVERING IT TO THE
PROJECT SITE UPON WHICH THE CONTRACTOR WILL ASSEMBLE AND MOUNT ALL IDENTIFIED
EQUIPMENT (OR SIMILAR DEVICES) WITHIN THE DESTINATION RACKS AS IDENTIFIED ON THE
NETWORK RISER ATTACHMENTS ACCOMPANYING THIS BID DOCUMENT. ADDITIONALLY, ALL
PATCH CABLES MUST BE INSTALLED INTO THE EQUIPMENT (FIBER AND CAT 6/6A) AND
LABELED/MANAGED ACCORDING TO SPECIFICATIONS. ACTUAL CONFIGURATION OF THE
DEVICES WILL BE ADDRESSED VIA A SEPARATE CONTRACT WHICH DOES NOT PERTAIN TO
THIS BID.
13. THIS BID CONTRACT DOCUMENT, BEING FULLY SIGNED AND DATED BY THE AWARDED
RESPONDENT, IN ADDITION WITH A SIGNED AND DATED (BY BOTH PARTIES) “CONTRACT
AGREEMENT” LETTER IS THE ONLY CONTRACT OF RECORD FOR THE SERVICES
OUTLINED WITHIN. NO OTHER SUBMITTED OR SUBSEQUENT FORMS, DOCUMENTS,
MATERIALS, ETC. CAN/WILL SUPERSEDE, LIMIT OR NEGATE RESPONSIBILITIES,
DELIVERABLES OR ANY OTHER ITEMS/CRITERIA IDENTIFIED WITHIN THIS DOCUMENT
OR ADDITIONAL CORRESPONDING SUPPORT DOCUMENTATION.
NOTE OF VENDOR RESPONSIBILITY - IT SHOULD BE UNDERSTOOD THAT IT IS THE VENDOR’S
RESPONSIBILITY TO NOTIFY THE SCHOOL DIRECTLY VIA E-MAIL AND PHONE CALL OF ANY
ANTICIPATED AND/OR IDENTIFIED EXTENDED SERVICE OUTAGES AND/OR DELAYS. VENDOR WILL BE
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
HELD RESPONSIBLE FOR ANY COSTS INHERITED BY THE SCHOOL DUE TO EXTENDED SERVICE DELAY(S)
IF EFFORT TO COMMUNICATE SUCH DELAYS IS NOT EXTENDED IN A TIMELY FASHION.
Sheet Number: 13 of 15
INSTALLATION METHODOLOGY:
ALL INSTALLATION WORK DONE AS PART OF PROJECT(S) WILL CONFORM TO THE FOLLOWING
GUIDELINES:
LOCAL CODES
LATEST EDITION OF THE NATIONAL ELECTRIC CODE
LATEST EDITION OF THE NATIONAL ELECTRICAL SAFETY CODE
ANSI/TIA 568-C.0, C.1, C.3 AND ALL PUBLISHED ADDENDA
ANSI/TIA/EIA 569-B AND ALL PUBLISHED ADDENDA
ANSI/TIA/EIA 606-A
ANSI-J STD-607-A
ANSI/TIA/EIA-758-A
THE CURRENT EDITION OF THE BICSI INSTALLATION TRANSPORT SYSTEM INSTALLATION
REFERENCE MANUAL
THE CURRENT EDITION OF THE BICSI TELECOMMUNICATIONS DISTRIBUTION METHODS
MANUAL
THE MANUFACTURER’S INSTALLATION INSTRUCTIONS AND SPECIFICATIONS.
NOTE: WHERE CONFLICTS EXIST BETWEEN ANY TWO OR MORE REFERENCED GUIDELINES, THE ISSUE CAN BE RESOLVED BY USING THE ABOVE LIST. THE HIGHER THE REFERENCE IS LOCATED ON
THE LIST, THE MORE AUTHORITY IT HAS WITH LOCAL CODES BEING HIGHEST AND
MANUFACTURER’S GUIDELINES BEING THE LOWEST.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 14 of 15
WARRANTY:
MANFACTURER’S MATERIALS AND CORRESPONDING VENDOR’S WORKMANSHIP AS SPECIFIED AND
FURNISHED SHALL BE FULLY GUARANTEED BY THE VENDOR FOR A MINIMUM OF YEARS (AS
IDENTIFIED BY THE VENDOR IN THE PRICING SCHEDULE PORTION OF THIS BID) FROM TRANSFER OF
TITLE AGAINST ANY DEFECTS. DEFECTS WHICH MAY OCCUR AS THE RESULT OF FAULTY MATERIALS
OR WORKMANSHIP WITHIN ONE YEAR AFTER INSTALLATION AND ACCEPTANCE BY GCS SHALL BE
CORRECTED BY THE VENDOR AT NO ADDITIONAL COST TO THE OWNER. THE VENDOR SHALL
PROMPTLY, AT NO COST TO THE OWNER, CORRECT OR RE-PERFORM (INCLUDING MODIFICATIONS OR
ADDITIONS AS NECESSARY) ANY NON-CONFORMING OR DEFECTIVE WORK WITHIN ONE YEAR AFTER
COMPLETION OF THE PROJECT OF WHICH THE WORK IS A PART. THE PERIOD OF THE VENDOR’S
WARRANTY FOR ANY ITEM(S) SO DESCRIBED HEREIN ARE NOT EXCLUSIVE REMEDIES, AND GCS HAS
RECOURSE TO ANY WARRANTIES OF ADDITIONAL SCOPE GIVEN BY THE VENDOR TO THE OWNER AND
ALL OTHER REMEDIES AVAILABLE AT LAW OR IN EQUITY. THE VENDOR’S WARRANTIES SHALL
COMMENCE WITH ACCEPTANCE OF/OR PAYMENT FOR THE WORK IN FULL. THE VENDOR SHALL
PROVIDE GCS WITH A SAMPLE CERTIFICATION FORM TO BE SUBMITTED BY THE VENDOR TO THE
MANUFACTURER TO PROCURE THE MANUFACTURER’S CERTIFICATION AND WARRANTY. ON
COMPLETION OF THE WORK SAID CERTIFICATION AND WARRANTY WILL BE PROVIDED TO GCS IN
WRITING BEFORE FINAL PAYMENT IS MADE TO THE VENDOR.
IF THE VENDOR PROCURES EQUIPMENT OR MATERIALS UNDER THE CONTRACT, THE VENDOR SHALL
OBTAIN FOR THE BENEFIT OF THE OWNER EQUIPMENT AND MATERIALS WARRANTIES AGAINST
DEFECTS IN MATERIALS AND WORKMANSHIP TO THE EXTENT SUCH WARRANTIES ARE REASONABLY
OBTAINABLE.
THIS WARRANTY SHALL IN NO MANNER COVER EQUIPMENT THAT HAS BEEN DAMAGED OR RENDERED
UNSERVICEABLE DUE TO NEGLIGENCE, MISUSE, ACTS OF VANDALISM, OR TAMPERING BY GCS OR
ANYONE OTHER THAN EMPLOYEES OR AGENTS OF THE VENDOR. THE VENDOR’S OBLIGATION UNDER
ITS WARRANTY IS LIMITED TO THE COST OF REPAIR OF THE WARRANTED ITEM OR REPLACEMENT
THEREOF, AT THE VENDOR’S OPTION. INSURANCE COVERING SAID EQUIPMENT FROM DAMAGE OR
LOSS IS TO BE BORNE BY THE VENDOR UNTIL FULL ACCEPTANCE OF EQUIPMENT AND SERVICES.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
Sheet Number: 15 of 15
FINAL ACCEPTANCE:
THE INFORMATION TRANSPORT SYSTEM WILL BE DEEMED ACCEPTABLE FOR FINAL ACCEPTANCE
WHEN THE FOLLOWING CONDITIONS ARE MET:
CABLES ARE 100% FREE OF DEFECTIVE PAIRS OF COPPER AND FIBER STRANDS (AS PER TESTING AND
VISUAL INSPECTION)
ANSI/TIA-568-C SERIES COMPLIANT TEST RESULTS ON ALL CABLING/WIRING ARE PROVIDED TO THE SCHOOL’S CONSULTANT AT [email protected] IN BOTH PAPER AND
DIGITAL FORMAT
WRITTEN CONFIRMATION AND RECEIPT OF WARRANTY SUBMISSIONS HAVE BEEN PROCESSED AND
CONFIRMED THROUGH HUBBELL PREMISE WIRING/EQUIVALENT PROGRAM
BID SCORING CRITERIA:
ANY RFP SCORING CRITERIA LEVERAGED FOR THIS SERVICE BID WILL BE AS POSTED AT THE
BOTTOM OF THE CORRESPONDING BID SPREADSHEET PREVIOUSLY IDENTIFIED ABOVE. FOR
ALL QUALIFYING BIDS (THOSE ABIDING BY STIPULATIONS RE: DISQUALIFIERS AS IDENTIFIED
ON PAGE 2 OF THIS DOCUMENT) COST WILL BE THE HEAVIEST WEIGHTED FACTOR AS
REQUIRED BY THE E-RATE PROGRAM.
FINAL BID CONDITION - SERVICE PROVIDER MUST COMPLETE, SIGN (AT THE AREAS
MARKED WITH “X”) AND RETURN ONE HARD COPY OF THE ATTACHED “CONTRACT
AGREEMENT” AND INCLUDE AN ELECTRONIC COPY (ON USB FLASH OR THUMB
DRIVE) OF THE FILLED-OUT EXCEL SPREADSHEET (IN UNLOCKED EXCEL FORMAT)
RENAMED WITH “- (insert vendor name)” AT END OF FILE NAME. ALSO, BE SURE TO
RESPOND TO THE E-MAIL RESPONSE MANDATE STATED ON THE 1ST PAGE OF THIS
DOCUMENT IN ITEM #3.
NOTE THAT ONLY THE CONTRACT AREAS ON THE FOLLOWING PAGE MARKED WITH “X”
ARE TO BE COMPLETED BY THE RESPONDENT, THE SCHOOL WILL COMPLETE THE
REMAINING ITEMS. CONTINGENT UPON AWARD OF THIS CONTRACT, THIS LETTER
WILL BE RETURNED TO THE SELECTED VENDOR DUALLY SIGNED BY GCS AND WILL
SERVE IN CONJUNCTION WITH THE RESPONDENT’S SIGNED BID PROPOSAL (I.E.: THIS
DOCUMENT) AS THE OFFICIAL CONTRACT FOR SERVICES. ANY RESPONSES WHICH
DO NOT INCLUDE SIGNATURES ON EVERY BID PAGE (AS INSTRUCTED), SIGNED
CONTRACT AGREEMENT DOCUMENT (AS INSTRUCTED), AND/OR COMPLETED
RESPONDENT SPREADSHEET RETURNED IN EXCEL FORMAT AND FILLED OUT AS
INSTRUCTED WILL BE CONSIDERED INCOMPLETE AND NOT ACCEPTED.
GILLINGHAM CHARTER SCHOOL
915 HOWARD AVE.
POTTSVILLE, SCHUYLKILL, PA 17901 BID #: YR220005
The undersigned, as authorized representatives of the identified company listed below, hereby propose and agree to provide the originators of this Bid
process any/all of the items/services to which a cost has been submitted. This proposal is subject to all terms of the specifications, bid conditions and instructions outlined herein, where we hereby agree to provide such item/s as awarded to us during the period of time identified within the contract. This
bid is only valid when completed with an original signature of a properly authorized representative of the submitting company.
Company Name: ___________________________________________________________________________________________
Signature: ___________________________________________________________ Date: ______________________________
Printed Name/Title: _________________________________________________________________________________________
Phone Number: _______________________________ E-Mail:______________________________________________________
Vendor Project Contact Name/E-Mail: __________________________________________________________________________
CONTRACT AGREEMENT
RESPONDENT: X_________________________________________________ SPIN: X______________________
CONTRACT #: GCS YR220005 CONTRACT AWARD DATE: _____________________
RE: GILLINGHAM CHARTER SCHOOL CABLING SERVICES CONTRACT
BID #: GILLINGHAM CS YR220005 – CABLING TERM: APRIL 1, 2019 – SEPTEMBER 30, 2021
To Whom It May Concern:
This letter is to confirm with you the acceptance of your price quote/bid proposal for specific service items (as
identified above) within your company’s price quotation(s)/proposal in accordance with the school’s Bid/Contract
procedure referenced above. This dually signed letter along with your signed bid contract response constitutes the contract
of record for these items/services. The term of the contract is defined by the “Contract Agreement” letter, no other
agreement will supersede the indicated terms, conditions and/or pricing on this letter.
This purchase/service agreement is/may be contingent upon E-rate funding. Upon receiving such approval from
the SLD the school will/may initiate service requests pursuant to the contract terms of the Bid and E-rate regulations.
Awarding of funding from SLD does not guarantee the school will move forward with the acquisition of services and/or
equipment bid items, whether in-whole or part. Please note that there may be numerous service requests leveraged against
the pricing submitted within the accepted bid response to address various site/office requirements. Services will have E-
rate ramifications and cannot be received before April 1st, 2019 (beginning service contract date) with a post July 1st invoice
date. Contract agreement covers a 2+ year period to address any delays in E-rate funding award. An additional 1-year
contract extension may be executed if delays in E-rate funding notification/project(s) establish such a need. Note that
any/all issued invoices for services with E-rate ramifications will only reflect the school’s “Fair-share” portion of said
purchase when applicable. The Vendor is responsible for invoicing the E-rate program directly for the funded portion of
the identified services (as specified within the Bid). Thus the school should receive discounted invoices reflecting its fair-
share amount of the monthly invoices and/or one-time non-recurring costs. Your support in abiding by these SLD (E-Rate)
and school imposed restrictions and procedures are required and greatly appreciated. Note that the school has reserved the
right to increase/decrease the quantities and/or levels of service items as specified within the Bid/contract.
In acceptance of these terms and conditions, please sign below:
Authorized vendor representative confirmation:
[Signature]: X________________________________________ [Name & Title]: X ___________________________
Authorized School representative:
[Signature]: __________________________________________ [Name & Title]: _____________________________
1st Floor - A
Sample Riser Scenario
------------------------------------------------------------------------------------*NOTE: The following Network layout is meant to display the network scheme...and not actual network plan/layout to
be installed. Please note that equipment will be provided to the cabling contractor at time of completion of job for
connectivity and cabling management portion of this project The drawing is not to scale. References to floorPlan
layouts are in regards to post-award walk-throughs where final locations will be noted.
Blue - CAT 6/6A Patch Cables
Red - CAT 6/6A Uplink Cable
Pink -12 Strand 10GB+ Fiber
Orange - Fiber Patch Cables
Attachment A -
FLRPLAN & RISER
New 12 strand
10GB+ fiber
New 12 strand
10GB+ fiber
Lt. Blue -CAT 6/6A Run
Cabling Legend
New UPS
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
CAT 6/6A Runs
as to be defined on
floorplan layout
identifying WAP
locationsNew Layer 2/3 switches
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
New UPS
New Layer 2/3 switches
CAT 6/6A Runs
as to be defined on
floorplan layout
identifying WAP
locations
New Fiber LGU Cabinet w/ 12 strands
1st Floor - B
New 12 strand
10GB+ fiber
2nd Floor MDF – A
New UPS
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
New Fiber LGU Cabinet w/ 12 strands
Layer 2/3 switch/chassis solution
CAT 6/6A Runs
as to be defined on
floorplan layout
identifying WAP
locations
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
New UPS
Layer 2/3 switches
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
3rd Floor - B
CAT 6/6A Runs
as to be defined on
floorplan layout
identifying WAP
locations
New UPS
Layer 2/3 switches
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New patch panels
3rd Floor - A
CAT 6/6A Runs
as to be defined on
floorplan layout
identifying WAP
locations
New Fiber LGU Cabinet w/12 strands
New 12 strand
10GB+ fiber
New Fiber LGU Cabinet w/ 12 strands
New Fiber LGU Cabinet
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
19 20 21 22 23 2413 14 15 16 17 187 8 9 10 11 121 2 3 4 5 6
43 44 45 46 47 4837 38 39 40 41 4231 32 33 34 35 3625 26 27 28 29 30
New/existing patch panels
NOTE: The actual location of the MDF & any corresponding IDF closets may vary at the actual site...this layout is to just provide a sample scenario.
1 ATTACHMENT B - STD & SPECS
NOTE: VENDOR SIGNATURES REQUIRED AT BOTTOM
CABLING BID #YR220005
AUTHORIZED VENDOR REP. SIGNATURE:________________________________________________________
PRINTED REP. NAME/COMPANY:________________________________________________________________
Note: All new drops should run to the closest existing or to be installed IDF/MDF network closets on the floors they reside unless otherwise pre-identified by vendor in writing (stating challenges/justifications) and approved by school. Narrative Section:
It is the goal of this Bid Contract Project(s) and supplied specifications/diagrams to provide a complete
workable LAN system. Any item not specifically shown on the riser or called for in the specifications, but
normally required conforming to this intent, are to be considered a part of the contract. The risers and
specifications are not intended as a complete materials list of items required by the contractor.
Contractor must provide all items and work indicated within all documentation submitted with this RFP process
(and via a scheduled site evaluation visit as identified within the RFP) and all items and work called for in the
specifications. This includes labor, materials, incidentals, equipment, appliances, services, tools, test
equipment, supervision, consumable items, fees, licenses, insurance, etc., to provide a complete cabling
system. No “change-orders” or additional charges can be levied against this project unless there is a written
and signed document detailing and requesting such changes. Any costs above and beyond the submitted
amount from the contractor for this project will be absorbed by the contractor unless changes/additions are
made by school post-RFP award.
Cable Specs:
Intra-building UTP:
All cabling must meet IEEE specs for CAT 6 (or greater) plenum cabling. Corresponding patch panels
and wall jacks are also to be rated accordingly for the Category cabling specifications. All horizontal
cable used must meet or exceed the requirements of ANSI/TIA 568-C.0, .1, .2, .3 and must be BerkTek
LANmark-1000 Category 6, CMP rated, unshielded twisted pair (UTP) or equivalent which is
recognized under the Hubbell Warranty/Certification Program or an equivalent certification. Any
Category 6A cabling must be BerkTek LANmark-XTP CMP rated, Unshielded Twisted Pair (UTP) or
equivalent which must also be recognized under the Hubbell Warranty/Certification Program or
equivalent certification.
All copper termination hardware and modular jacks will meet or exceed the requirements of ANSI/TIA 568-C.0, C.1, C.2 and will be Category 6 and/or Category 6A, T568-B pin out. All termination hardware used for UTP will be from Hubbell Premise or equivalent and will carry a twenty-year (minimum) warranty. The installation will be certified as a manufacturer certified installation on completion of the project.
2 ATTACHMENT B - STD & SPECS
NOTE: VENDOR SIGNATURES REQUIRED AT BOTTOM
CABLING BID #YR220005
AUTHORIZED VENDOR REP. SIGNATURE:________________________________________________________
PRINTED REP. NAME/COMPANY:________________________________________________________________
Patch Cords:
All patch cables must be booted Category 6 or greater and shall be color coded as specified. All patch
cables must be three (3) foot in length at the patch panel and ten (10) foot in length at the wall jack. All
patch cables required must be provided by the contractor.
Intra-building Fiber:
12 strand Multi-mode plenum backbone cable of 10 GB or greater specifications capable of providing
10Gbs Ethernet up to 300 meters, from the main MDF to each IDF unless a 62.5 solution is identified
instead as TBD/specified by the school. High-strength. Physical specifications minimum of 62.5/125 or
50 micro, tight buffered, multi-mode optical fiber cable. 900 micro buffer, EIA/TIA 568, IEEE 802
compliant. In addition, an optical fiber backbone cable shall be sized to provide a minimum of six (6)
strands of 8.3/125m, OFCP, tight buffered cable, capable of operating at 1310nm, 1450nm, 1550nm
and 1650nm wavelengths where warranted within the building/school campus.
The model numbers for intrabuilding backbone cabling used shall be as follows:
BerkTek Armor-Tek GIGAlite-10 12 strand – PDPK012EB3010/F5 or equivalent
BerkTek Armor-Tek 6 strand (or greater if specified) SM - PDPK006AB0707 or equivalent
Fiber patch cords:
Length to be 1 meter…Final patch cable specifics/needs should be verified with equipment
contractor/school prior to ordering to ensure coordination between the network fiber termination and the
actual equipment needs.
Labeling:
All cable types are to be labeled at both ends with machine generated black uppercase lettering on a
permanent adhesive label stock, covered with a permanent water resistant sealer. Patch cords at the
patch panel should be labeled with the corresponding room and drop number (ex. 101-1). Fiber patch
cords should be labeled with the room and switch number of the corresponding equipment (ex. IDF-
100 SW-1).
Color codes for Patch Cables:
- All patchpanel-to-equipment cables are to be Blue except those that are for WAPs which
should be Yellow. All cables should be managed neatly and utilize acceptable cable-
management components.
- All CAT 6 (or greater) cables used for equipment uplinks must be Red, labeled as specified
and managed
3 ATTACHMENT B - STD & SPECS
NOTE: VENDOR SIGNATURES REQUIRED AT BOTTOM
CABLING BID #YR220005
AUTHORIZED VENDOR REP. SIGNATURE:________________________________________________________
PRINTED REP. NAME/COMPANY:________________________________________________________________
- All cables from the wall jacks located in the various rooms for attaching equipment to the
network do not have to be labeled, but must be a minimum of 10 feet in length, CAT 6 or
greater rated and booted at both ends and Grey in color.
Testing:
All final test reports shall be notarized. The original and two copies shall be turned over to the owner at
time of project completion and an electronic copy e-mailed to [email protected]
with the “(school name) YR220005 CABLING SERVICE TEST RESULTS” noted in the subject line.
After installation of fiber connectors, visually inspect each fiber end-face at 10X magnification. Refinish any
fibers showing visible defects and/or striations in the core area. Perform end-to-end, bi-directional attenuation
(loss) test for each fiber strand at 850nm and 1300nm wavelengths. Conduct tests in accordance with
EIA/TIA-525-14, method B and with test instrument manufacturer’s printed instructions. All Intra-building CAT
6 or greater cabling shall be tested end-to-end.
Documentation:
Contractor is responsible for providing electronic documentation of network cabling location terminations (by
rack) and corresponding final network layout.
Basic Network Structure Summary:
The network cabling infrastructure being requested will consist of the following deliverables unless otherwise
noted:
- 12 strand vertical fiber backbone to run from each new IDF network closet (one total
run)…terminating in the Ground floor network MDF closet. Fiber must be enclosed in inter-
duct and draw-cord must be intact within interdict upon completion of job. All fiber must be
labeled at both ends with wrap-around, tear-resistant labeling. No use of any existing
occupied interduct is permitted.
- All Network IDFs/MDF require a wall-mounted, deep rack (22” or greater) which must be
mounted on 3/4” plywood which must be painted to match (somewhat) the original
background wall. Mounted unit should be capable of safely supporting all equipment
including a UPS. In the event that the school requires a floor-mounted (enclosed or open
design) then said racks must be provided accordingly at either no cost, or a cost must be
provided as part of the Bidder’s bid response.
4 ATTACHMENT B - STD & SPECS
NOTE: VENDOR SIGNATURES REQUIRED AT BOTTOM
CABLING BID #YR220005
AUTHORIZED VENDOR REP. SIGNATURE:________________________________________________________
PRINTED REP. NAME/COMPANY:________________________________________________________________
- Any required network down-time MUST be pro-actively coordinated with the school’s
Technical Support staff/resource in writing/via e-mail.
- Location of all rack assemblies to be installed should be placed so that existing electrical
outlets can be leveraged where the opportunities exist.
- Contractor is responsible for addressing all conduit and/or fiber inter-duct needs as part of
their submitted pricing. ALL CONDUIT AND JUNCTION BOXES MUST BE SECURELY
FASTENED WITH APPROPRIATE SCREWS, WASHERS AND/OR WALL-MOUNTING
SYSTEMS…ADHESIVE-ONLY INSTALLATIONS ARE NOT ACCEPTABLE. All corners
and room-to-room or junction box terminations must me neatly metered with no exposed
cabling.
- All cables must be managed at the IDF/MDF closets with industry acceptable components
such as cable guides, Velcro, wire ties, conduit and cabling trays. Use of tape, string, wire
and other similar materials will not be accepted. If in doubt ask for approval before
installing!!!
- Contractor is responsible for all trash removal and clean-up at the end of every shift so as
not to impede everyday school operation. Use of drop clothes/tarps strongly suggested to
ensure that dust/debris is managed accordingly.
- It is the contractor’s responsibility to address all aspects of aesthetics in regards to repairing
cracks, holes and similar defects; including touch-up painting where needed which are direct
results of the contracted work being performed.
- Contractor is responsible of migration of any existing drops, panels or other network
components and incorporating them into the new network scheme/scenario being
implemented.
- A post-job inspection will be done before final signoff to ensure that all specifications,
labeling standards, terminations and defined deliverables are met.
5 ATTACHMENT B - STD & SPECS
NOTE: VENDOR SIGNATURES REQUIRED AT BOTTOM
CABLING BID #YR220005
AUTHORIZED VENDOR REP. SIGNATURE:________________________________________________________
PRINTED REP. NAME/COMPANY:________________________________________________________________
Grounding and Bonding All grounding and bonding for this project will be in accordance with the requirements of ANSI J Std-607-A, current edition/version of the National Electric Safety Code and the latest edition of the National Electric Code. All provisions contained in these three documents referencing “should”, ”would”, “could”, etc. implying suggested actions. These references are mandatory in regards to all project(s) cabling scope.
All racks and metals are to be tied into the Telecommunications Bonding Backbone. All active equipment within
the equipment racks is to be grounded as well in the event they need said grounding due to not being
incorporated as part of the total rack solution (attached via bolds to rack).
Equipment/Component List (To Be Provided by Cabling Contractor) Appropriately Rated as per Latest
Specifications via the Standards Identified within the Bid:
24 Port CAT 6 (or greater) Patch Panels: TBD by Contractor
48 Port CAT 6 (or greater) Patch Panels: TBD by Contractor
96 Port CAT 6 (or greater) Patch Panels: TBD by Contractor
Wall-mount Network Racks: TBD by Contractor
Floor-mount open or enclosed Network Racks: TBD by Contractor/School during post-award
walk-through
Fiber Distribution Panels w/Connectors: TBD by Contractor
IDF/MDF 3 ft. Blue Booted CAT 6 (or greater) Patch Cables: TBD by Contractor
IDF/MDF 3 ft. Red Booted CAT 6 (or greater) Patch Cables: TBD by Contractor
Fiber Patch Cables: Quantity & any length adjustments from spec to be determined by Contractor
Wall Jack CAT 6 (or greater) 10 ft. Yellow Booted Patch Cables: TBD by Contractor
12-ST (12 fibers) Multimode Rack Mount Fiber Cabinets: TBD by Contractor
24-ST (24 fibers) Multimode Rack Mount Fiber Cabinets (MDF Location): TBD by Contractor
CAT 6 (or greater) Jacks: TBD by Contractor CAT 6 (or greater) Wall Plates: TBD by Contractor
CAT 6 (or greater) Patch Cables w/ Boots 10ft. Grey: TBD by Contractor
CAT 6 (or greater) Patch Cables w/ Boots 3-5ft. Blue: TBD by Contractor
CAT 6 (or greater) Patch Cables w/ Boots 3ft. Red: TBD by Contractor
CAT 6 (or greater) Patch Cables w/ Boots 3-5ft. Yellow: TBD by Contractor
3Meter SC-LC MMF Patch Cables: TBD by Contractor
Single Mode patch cables as/if needed at 3 Meter length: TBD by Contractor
(Bulk) CAT 6 (or greater) Solid Plenum Rated Cable as per min. specifications: TBD by Contractor
(Bulk) 6-12 strand MMF as per min. specifications: TBD by Contractor
(Bulk) 6 (or less if warranted) strand SMF as per min. specifications: TBD by Contractor
* Any/All spare cables to be given directly to school technical staff
6 ATTACHMENT B - STD & SPECS
NOTE: VENDOR SIGNATURES REQUIRED AT BOTTOM
CABLING BID #YR220005
AUTHORIZED VENDOR REP. SIGNATURE:________________________________________________________
PRINTED REP. NAME/COMPANY:________________________________________________________________
NOTE: The above list is to be used as a reference guide to assist in the bidding process. It should be noted that the list is only provided to assist in the evaluation process and is not necessarily a comprehensive list of all materials required to complete the project. The Contractor is responsible for identifying and providing all required components in sufficient quantities necessary to complete the project within the specifications outlined in the RFP Contract. No additional add-on costs will be permitted outside of the “Per drop/per closet” pricing provided in the Bid response submitted by the awarded contractor for this Bid Project. Thus, said submitted pricing should take into consideration not only the labor but all related materials. Omission of any item needed to complete the project is solely the responsibility (purchase and payment) of the contractor unless change in scope by the school dictates additional post-e-rate application submittal cost adjustment. Any such challenge must be pro-actively identified by the contractor in writing before implementation and be approved before execution.
The following E-Rate acquired electronics may/will be provided by the school to the contractor at time of
installation so all equipment/components can be assembled for a full operating system:
- Layer 2 or better 24-48 Port Switches (POE and non-POE)
- Layer 2 or better 12 Port SFP Switches
- Assorted Switch Modules
- Wireless Access Points (to be mounted by Cabling Contractor at defined locations)
- Rack Mount UPS Devices